Loading...
HomeMy WebLinkAbout48-Public Works - nIL. .tb - o CITY OF MN._RNARDINO Orom: File Roq'.667 - .R.QuaST FOR . ACTION Dept: Authorization to Execute Agree- REC'D.-AOMlItl_. ment for Professional Design Services - Rehabilitation of Public Works/Engineering l!I89 KAY 32 11M II: 16Waterman Avenue, from Mill Street to 5th'Street - A.S.L. Consulting 5-25-89 Engineers fl- ROGER G. HARDGRAVE Date: Syhopsis of Previous Council action: June, 1988 -- 1988-89 Street Construction Fund Budget adopted appropriating $100,000 (FAU Funds - $86,000 & City Funds $14,000) for preliminary engineering. Recommehded motion: c:J Adopt resolution. cc: Jim Robbins Jim Richardson Jim Penman Andy Green Contact person: Gene R. Klatt Staff Report, Resolution & Aqreement Phone: 5125 FUNDING REQUIREMENTS: Amount: $111.229.99 Ward: \bO.400 . 1 SuppOrting date attached: Source: (Acct. No.1 242-362-57667 to 5th Street. Finance: Avenue rJvJ-J Mill 1JJ.IL Street (Acct. DescriDtion) Waterman Oouncil Notes: 75.0262 Agenda Item No-1~ . CITY of sAN'8dMlADINO- RIIQUBST FQ COUNCIL ACTION o o o .,"'_tlo.AA STAFF REPORT ~ Page 1 01; 2 Federal-Aid Urban Funds were allocated on a priority basis for reg-ional projeatsnominated by dcaqe.ncies in the East Valley area. The rehabilitation of Waterman Avenue, from Mill street to Fifth Street, rec~'i1ved a suffioiently' hi'g11 ratih~"'t6'he eligible for Federal-Aid Urban Funds to fina.nce'86% of the tot;al estimated cost of $1~'25jll,000.'" Requests for letters of interest were sent; on 9-8-88 to 21 civil e"1g~n,eering firms, in the City of San Bernardino and vicinity."~ requests were for professional engineering se1:vices,~ piepa,r'e" it;h~ necessary plans, specifications and estimate",' "C_' , ;. , , . r / Te~"-rett~rs of' interest were received in response to this request. These tetters were reviewed on 10-04;"99 by a committee comprised of the following: 1. Ken Miller - Director of Transportation/Flood Control , 2. Richard Bennecke - Executive Assistant to Mayor 3. Phil Arviso - Executive Assistant to Council 4. Fred Wilson - Assistant to the Ci ty Adtninistt~t!or' 'i' 5. Gene Klatt - Assistant; City Engineer "',' 6. Roger Hardgrave - Director of Public Works After carefully reviewing the letters of interest, the committee selected the following firms to receive' ReqUests for Proposals: 1. Willdan Associates 2. DMJM 3. ASL Consulting Engineering 4. CM Engineering Associates The proposals from ,these four 'firms were reviewed on 1- 5-89, by a committee comprised of 'the followin<;r:'" . ,J(ll',:ll fl:JUli\<; .',,'.. 1. Councilwoman Esther Estrada 2.' Lou Gamache , County of San Bernardino' 3. Fred WillllG)Jl"r,A$sistant; to the City Adtninistrator, 4; I, Gene Klatt 5 . 'Roger Ha:rdgra.ve ' .' ," The committee concltldeibafter a. -'careful,,~valu.ati:on ,o.f thesef~rms' " experienoe' and capabilities, that:t:he, firrnof A.S.L., Consulting Engineers was the best qualified to provide W d~M~tOOf~n~a~ mtlOWCNlI!III NIfS :.10 ,A ~', ""',l// \ i : J(.. '! 5-25''': a',f.v - CITY OF SAN BBRrAlDINO - R.QUIIST .Q,. COUNCIL ACTION c STAFF REPORT Page 2 of 2 All Agreement for Professional Services was accordingly negotiated with the selected firm. The agreement provides, in general, that. A.S.L. Consulting Enqineers will prepare the plans, specifications and estimate required to construct the project. This document has been reviewed and approved by Caltrans, as required for Federal-Aid Urban Funds. Under terms of this agreement, the Consultant would receive a fee not to exceed $111,228.00. An amount of $100,000 has been allocated, under Account No. 242-362-57667, to finance preliminary engineering costS. Supplemental funds in the amount of $11,228 will be included in the 1989-90 Street Construction Fund Budget. We recommend that the agreement be approved. o c 5-25-89 75.0264 o o o 15 16 17 18 19 20 2] 22 23 24 25 26 27 5/25/89 28 o o ] RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO' AUTflORIZING THE EXECUTION OF AN AGREEMENT FOR PROFESSIONAL SE:R,VICES WITH. A.S.L. 3 CONSULTING ENGItlEERS RELATING TO THE ENGINEE:R.XNG DESIGN FOR REHABILITATION OF WATERMAN AVENUE, FROM MILL ST:R.EET TO FIFTH 4 STREET. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 8 9 10 11 SECTJ:ON 1. The Mayor of the City of San Bernardino is hereby authorized and directed to execute, on behalf of said City, an agreement with A.S.L. Consulting Engineers, relating to the engineering design for rehabilitation of Waterman Avenue, from Mill Street to 5th Street, a copy of which agreement is attached hereto, marked Exhibit "A" and incorporated herein by 12 reference as fully as. though set forth at length. 13 14 SECTION 2. The agreement shall not take effect until fully signed and executed by both parties. The City shall not be obligated hereunder unless and until the. agreement is fully xecuted and no oral agreement relating thereto shall be implied r authorized. . SECTION 3. This resolution is rescinded if the parties o the agreement fail to execute it within sixty (60) days of the assage of this resolution. I HEREBY CERTIFY that the foregoing re,solution was duly dopted by. the Mayor and Common Council of. the City of San ernardino at a meeting thereof, held on the ay of , 1989, by the following vote, to-wit: AYES: Council Members NAYS: o o o ABSENT: o City Clerk The foregoing resolution is hereby approved this , 1989. 9 . 10 Approved as to form and leqalcontent: 11 James F. Penman 12 City Attorney :: BY~'l..-j.~, U' 17 18 19 20 21 22 23 24 .25 26 27 5/25/89 28 15 16 - 2 - w. R. aolcomb, Mayor City of San Bernardino o o c WHEREAS, City desires to obtain professional services to prepare plans, specifications, and estimates, to construct improvements and to rehabilitate Waterman Avenue between Mi 11 Street and Fi fth Street. The project wi 11 provide for improvements to the existing roadway, removal of median islands and signals, widening of the west side of Waterman Avenue between. Third Street and Fourth Street to provide for 3-1anes of traffic in each direction. The . project will also include the upgrade of signals to provide left-turn phase and possible interconnection, widening of the Warm Creek Bridge channel crossing, providing for double left-turn lanes, relocation or adjustment of" e~isttng utilities, pavement rehabilitation Or reconstruction, signing and striping; and, ! o WHEREAS, in order to develop such plans,specifications and estimates, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San BernardinO City ClIuncil has elected tll engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows; 1. SCOPE OF SERVICES Engineer shall perform those services specified in, "Scope of Services" , a copy of which is attached hereto as Exhibit "I" and incorpQratedas though set forth in full. o 2. TERM OF ~GREEMENT The services of Engineer are to comence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates specifically set forth in.Exhibit "2" attached hereto and incorporated herein as though set forth in full, will be adjusted by Engineer as the City.authorizes the wllrk. Such adjustments shall require City approval prior to commeneement of performance lIfeach phase. ,This Agreement shall expire as specified by the Exhibit "2" schedule, unless extended by written Agreellll!nt of the parties. . . I , ." ,\ I o o o ,~~~ 3. STANDARD OF PERFORMANCE Engineer shall complete all work product and design in conformance with Caltrans Standard Specifications and Standard Drawings, City of San Bernardino's Standard Drawings and San Bernardino County Flood Control District Standards. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Services" is made an obligation of Engineer under this Agreement, subject to any changes made sUbsequently upon mutual agreement of the parties. All such changes shall be incorporated by written alnendments to this Agreement and shall in.clude any increase or decrease 1n the amount of compensation due Engineer for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless such extra serVices are authorized, in writing, by City prior to performante of such work. Authorized extra services shall be invoiced based' on Engineer's "Schedule. of Hourly Rates. dated 1989, a copy of which is attached hereto as Exhibit "7" and incorporated herein as though set forth in full. . 5. COMPENSATION o c A. The City shall reimburse the Engineer for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, in III amount not to exceed $111,228.00, as set forth in Exhibit "3", attached hereto, consisting of actual costs of $98,615.46 togetherwitha.fixed. fee .of $12,612.54. Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibits "4", "5" and "6" attached hereto and incorporated herein as though set forth in full. . B. . Said compl!nsation shall not be altered unless there is. significant alteration in. the scope, complexity or character of the work to be performed. Any such significant aaeration shall be agreed upon in writing by City and Engineer before commencement of performance of such signifit'ant alteratIon by Engineer. . Any adjustment of the total cost of Services w1ll only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; or 2. Conditions under which the work is required to. be performed; or . 2 o o c o o 3. Duration of work if the change from the time period specified in the Agreement for completion of the work warrants such adjustment. C. Federal Acquisition Regulation, Title 4aCFR, Chapter I, Subpart 31 shall control allowable elements of cost for contracts with commercial organ 1 zations. D. The Engineer is required to comply with all Federal, State and local laws and ordinances app1 icab1e to the work. . The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1775. 6. PAYMENT B~ CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted mOnthly by Engineer to City and shall be paid by City within twenty (20) days after receipt of same, excepting any ainOunts disputed by City. Dispute over any invoiced amount shall be noticed to the Ellgineer. within five (5) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within fiVe (5) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) wmbe payable on any ,amounts not in dispute and not Paid within ,thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. Should 1 itigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of th.e amount payable under this Agreement, then all litigation and collection expenses, witness. fees, and court costs, and attorney's fees shall be paid to the prevail ingparty. 7. SUPERVISION AND ACCEPTANCE OF SERVIC~S The Director of Public Works of City, or his designee, shall havE! the right of general supervision over ,all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without Prior approval of the Director of Public Works or his designee. . a.COMPLIANCE WITH ~IVIL RIGHTS LAWS . .. Engineer hereby certifies that it will not discriminate against any emplOyee or applicant fqr employment because of race,co10r, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices. and employee pol icies for minorities .and other designatedc1 asses in accordanc,e with Federal, State and 10ca.l laws. Such action shall include, but not belim.ited to, the following: Recruitlllentind recruitment advertising, employment upgrading, and promotion. .Inaddition, 3 o o o o Engineer shall not exclude from participation under thhAgreement any employee or applicant for employment on the basis of age, handicap or rel igion in cOMpliance with State and Federal laws. 9. TERMlNATION OF AGREEMENT A. This agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. In the event of termination of'this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records ,related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the ,",ork to be accomplished under th,isAgreement may continue within forty-five (45) days of termination. Any subsequent use' of such incomplete documents shall be at the sole risk of the City and the City agrees to hold harmless and indemnify Engineer from any claims, losses.. costs, including Attorney's fees, and 1 iabil ity arising out of such use: Engineer shall be compensated for such services in accordance with Exhibit "7". B. This agreement may be terminated for the convenience of the City upon thirty (30) days written notice to E~gineer. Upon suchnotice,Engineer shall provide work product tp City and Cltyshall compensate Engineer in the manner set forth above. C. Following the effective date of termination of this,Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without'the faultornegl igence of Engineer, Engineer fail sto meet any of its obligations under this Agreement, and such failure shall not constitute, a default in performance, and the City may grant to Engineer such extens.ions of time and make other arrangements or additions, excepting any increase il! payment, as may be reasonable under the circulllstances. Increases in payment shall be made only under the .changes. provision of this Agreement. Engineer shall notify City within ten (10) days in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. 11. INDEPENDENT CONTRACTOR c A. Engineer shall act as an independent contractor in the performance of the services provided fQr under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of City. 4 o o o B. Any document or written report prepared for or under the direction of a state or local agency, whiCh is prepared in whole or in part by nonemployees of such agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of such document or written report; provided, however, that the total cost for work performed by nonemployees of the agency exceeds five thousand dollars ($5,000.00). The contract and subcontract numbers and dollar amounts. shall be contained in a separate section of such document or written report. 12.. ASSIGNf1ENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this agreement. All subcontracts exceeding $10,000, shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and City:. : o ENGINEER Mr. William D. Lewis, President ASL Consulting Engineers 10350 Commerce Center Drive, Suite 180 Rancho Cucamonga, CA 91730 illY Jolr. Roger C. Hardgrave, Director of Public Works, City Engineer 300 North "0" Street San Bernardino, CA ~2418 c 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy Of data provided through the City or its agents without independent evaluation. B.All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engilleer except where by law,precedent, or agreement these documents become public property. All such documents or records shall be. made accessible to the City. T.he engineer shall maintain all records for inspection by. the City, State, or their duly autborized representatives for a period of three (3) years after final payment. . The Engineer shall stamp and s'ign all. specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 15. CONSTRUCTION COST ESTIMATE A. Any opinion of the Construction Cost prepared by Engineer represents his judgment as a.. design professional and is supplied for the general guidance of the City. Since Engineer has no control over the cost of 1 abor and 5 o o o mlterill, or over competitive bidding or market conditions, Engineer does not gUlrantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. B. If a Construction Cost limit is established by written agreement between City and Engineer and is specifically set forth in a mutullly agreed addendum to this Agreement, the following will apply: 1. The acceptance by City at any time during the services of a revised opinion of Construction Cost in excess of the then established cost limit will constitute a corresponding revision in the Construction Cost limit to the extent indicated in such revised opinion. 2. Any Construction Cost 1 imit so establ ished will include a contingency of ten percent (10%) unless another amount is agreed upon in writi~g. 3. Engineer will be permitted to determine what types of materials, equipment and component systems are to be included in the Drawings. and Speci ficat ions and to make reasonabl e adjustments in the general scope, extent and character of the project to bring i~ within the cost limit. . If the bidding or negotiating phase hlS not commenced within six (6) months after completion of the final Design Phase, the established Construction Cost limit will not be binding on Engineer, and City shall consent to an adjustment in suthcost limit cOlllllensurlte with any applicable change in the general .level of prices in the construction industry between the date of completion of the Final Design Phase and the date on which proposals or bids are sought. o 4. c 5. If the lowest bona fide proposal or bid exceeds the established Engineer's Construction Cost Estimate by twenty percent (20%)or more, City shall (1) give written approval to increase such cost 1 imits, (2) authorize negotiating or rebidding th.e Project within a - reasonable time, or (3) cooperate in revising the Pr.oject's general scope, extent or character to the _extentcc)nsistent with the Project's requirements and with sound-engineering practice. In the case of (3), Engineer shall modify the Contract Documents as necessary to bring the Construction Cost within the cost limit. In lieu of other compensation for services in making such modifications, City shall pay Engineer, Engineer's cost of such services, all overhead expenseS lnd reimbursable expenses reasonably related thereto, but not includina Drofit, olr account of such services. The providing of such Service will _be the limit of Engineer's responsibility in this regard and, having done so, Engineer shall be entitled to payment for services inaccordlnce with this Agreement and will not otherwise be liable for damages attributable to the lowest bona fide proposal or bid exceeding the established Construction Cost. 6 o o c o o I. 1 , 16. COVENANT AGAINST CONTINGENT FEE 1 Engineer warrants that no person or selling agency has been em~loyed or retained to sol icit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercialor,sel1ing agencies maintained by the engineer for the purpose of securing busin~ss. For breach or violation of this warranty, the City shall have the tight to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CLA~SE Engineer hereby agrees to hold City, its elective and appointive boards, officerS, and employees, harmless from liability for damage or claims for damage for personal injury including death, as well as from claims for property damage, which mayari se from Engineer's negl igent acts, errors or omissions under this Agreement. 18. INDEM~ITV ~ Engineer agrees to indemnify, pay for cost of defense and hold'harmless City from and against claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses and li~bilities, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responSible for, and City shallipdemnify, defend and hold harmless Engineer from and against, any and all .claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses and liabilities of, by or with respect to third parties, which arise solely from the City's negligence. Wi.th respect to claims, demands, suits, actions, proceedings, judgments, losses,!damages, injuries, penalties, costs, expenses and 1 iabll ities, which .ll'ise from the joint or concurrent negligence of Engineer and City, each party shall assume responsibil ity in proportion to the degree of its respective fauH. . I 19. LIABlLITV/INSURAN~E A. Engineers' liability to the City for injury or damage to persons or property arising out of work performed by the City and for which legal liabil ity may be found to rest upon Engineer other thanfo.rprofessional errors and omissions, will be limited to $1,000,000. . For any damage on account of any error, C)mi ss i on or other profess i ona 1 negl igence. Ergi neer' s liability, will be limited to a sum not to exceed $50,000 or Engineer's fee, whichever is lessor. . B. The City will require the Engineer to provide Workers Compensation and comprehens i vegenera 1 1 iabili ty insurance, i ncl udi ngcompleted operations and contractual 11 abil ity, with coverage sufficient to insure the Engineer's indemnity, as above requir!ld; ~nd, such insurance ~ill include the ,City, the Engineer, their consultants, and each of th!lirofficers, agents and employees as additional insureds. 7 c o c o o C. Engineer shall provide evidence of insurance in. the form of a certificate of insurance, in which the City is named as an additional named insured to the extent of the coverage required by this Agreement. This requirement does not apply to p~ofessional liability coverage. .20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision,and all other J)rovisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIR~ AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supercedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO, a municipal corporation ATTEST: BY: W. R. Holcomb, Mayor City Clerk ASl Consulting Engineers BY: William D. lewis, President Approved as to form and legal content: 8 o o o o o EXHIBIT 1 SCOPE OF WORK A multi-task work program has been developed to accomplish the Project objectives. Each task describes a work element required for the preparation of the final contract plans, specifications and estimates and is described in more deta i 1 in the fo 11 owing sect ions. Task 1 - Data Assembly Initial data collection and preliminary studies required for the design will be developed concurrently. The data will be used for roadway design, bridge design, traffic analysis and for the hydrology/hydraulic analysis. A detailed description of the work elements included in Task 1 - Data Assembly, are described below. A. Data Collection - Available data, plans and information pertaining to the project will be collected and reviewed. Existing maps, the as-buil~ . improvement plans for Waterman Avenue, The Town Creek Channel and' Bridge, adjacent street plans, survey records, existing traffic studies, soils and foundation reports, utility information, tract maps, property records, and other information and reports in City files will be collected. B. Project Coordination - 1. A meeting will be held with City staff, Caltrans Project Development, San Bernardino County Flood Control District, (Flo04 Control) and other affected agencies. The purpose of the meeting will be to review the project, identify procedures to lie followed in the processing of the project documents through Caltrans, Flood Control, and to finalize the Project Schedule. ' 2. A field site review will be made with City Staff to identify specific problems. C'. Field Surveys - Field surveys will be performed. Field surveys will be tied to existing control south of Mill Street to assure full compatibility of the designs. 1. A records search wi 11 be made to assembl e existing survey and monumentation data from the City of San Bernardino and Flood Control files. o o c EXHIBIT 1 SCOPE OF SERVICES (Cont.) 2. Site benchmarks will be located and ground control points will be established. D. , I 3. Centerline controls and stationing will be established for Waterman Avenue, Town Creek Channel and ties to all cross streets. 4. Cross-sections, topography and elevations will be provided, as necessary, to verify existing drainage and utility interferences. Pavement and bridge structure join lines will be precisely defined to record the condition of the project site prior to construction. 5. The survey notes will fully describe all reference pOints and the bench marks used will be referenced. 6. A complete set of all survey notes will be submitted to the City. Aerial Topographic Surveys - Aerial surveys will be obtained within the project limits. The aerial survey will consist of controlled aerial topographic strip mapping along Waterman Avenue. Mylar base sheets wil~ be developed and a Cad compatible disk will be furnished for use in preparation of the contract plans. E. Soils Investigation - A soils and foundation investigation will be made. The soils investigation for the design south of Mill Street will be reviewed. The foundation investigation will supplement the previous investigation and will include testing and evaluation of soils in connection with the design of the roadway improvements, pavement structure design, embankment fill construction and for the bridge foundation. o 1. The existing soil and pavements will be tested and evaluated to 'determine recommendations for pavement structural sections and for embankment construction. 2. The previous soil s report and bori ng logs for ,the, Town Creek Bridge will be reviewed. Supplemental borings and foundation investigations will be made to develop foundation recommendations for the Bridge widening. ' 3. The soils report, which includes the soils and bridge foundation recommendations, will be submitted to the City, Caltrans and Flood Control for review and approval. Field Traffic Counts - Field counts, reports and graphs will be prepared for the four intersections between Mill Street and Fifth, Street for A.M. F. o o c c o o EXHIBIT 1 . SCOPE OF SERVICES (Cont.) and P.M. peak hour turning movements. Pedestrian counts will be taken at 15 minute intervals for volume and movements. Special studies will be conducted to provide for speedproflles, and on-street parking surveys. G. Utility Coordination - Utility research will be conducted. Coordination will be maintained with each utility owner to determine the requirements for utilities in the project area, identify conflicts and to develop recommendations for the protection, relocation, or undergrounding of each affected utility. Task 2 - Design Criteria Report A Design Criteria Report will be prepared and submitted for .review and comment. The report will include a summary of the initial studies and" findings. The report will include the preliminary alignment plan, proposed street typical section and pavement structural section, the bridge typ~ selection study and loading requirements. A. A geometric alignment plan will be prepared. The geometric plan will show alignments, cross-sections and other geometric characteristics of the street and bridge improvements. The geometric plan will be submitted for review and approval by Caltrans and Flood Control on the major geometric concept. B. Abridge/type selection study and loading summary will be prepared to establish the most appropriate bridge widening alternative within the parameters of economy, practicality, and aesthetics. A conceptual plan and section will be prepared showing the recommended bridge widening. The plan and section will be included in the Design Criteria Report for submittal to Caltrans, Office of Structures Design, and Flood Control. C. An initial traffic analysis will be made to establ.ish A.~. and P.M. peak hour traffic volumes and turning movements. The purpose of the analysis will be to assess the need for double left-turn lanes and storage requirements. The analysis will also serve to establ ish a foundation for the ultimate intersection and signal design. c o o EXHIBIT 1 SCOPE OF SERVICES (Cont.) D. Area hydrology will be reviewed to establish drainage flows tributary to various collection points along the existing roadway. The drainage analysis will provide a basis for designing necessary drainage facil ities to intercept and conduct the existing and ultimate drainage flows to an adequate discharge outlet. E. The "Design Criteria Report" will be submitted to Caltrans, Flood Control, and the City for review and conrnent. Revi sions will be made, as necessary, within the intended scope, until the Design Criteria Report is acceptable. Task 3 - Preli.inary Design The data and survey information assembled during the preparation of the Design. Criteria Report will be utilized to compile the necessary database required for the design of the Waterman Avenue widening project. o A. o Preliminary drawings will be prepared showing plan view and. details of the proposed improvemen.ts for the total project based on the concepts and criteria approved in the. "Design Criteria Report". Typical sections will be prepared showing pavement widths, structural sections, sidewalks and slopes, for both the street and for the bridge widening. Channel water surface profiles will be developed, showing structure. interim and final underclearances. Existing util ity locations will bepl otted and conflicts will be noted as well as requirements for relocation, adjustments and modifications. Hydrology/hydraulic calculations will be developed. A preliminary estimate of quantities will be made and a construction cost estimate will be developed, based on anticipated unit prices. These plans and design documents will be submitted to the City, Caltrans and Flood Control for concurrence along with all pertinent des i gn correspondence i ncl udi ng responses from ut il it ies and other affected agencies. The preliminary plans will be submitted to companies for verification of their hcil ities. letters will be forwarded to the City. C. A traffic control study will be conducted to determine requirements for detours, prior notice signing, barricades and delineators. Temporary rea 1 ignment pl ans will be prepared for Waterman Avenue. The traffi c control study will be submitted for City and Caltrans review and comment. B. all affected utility Copies of transmittal o o o EXHIBIT I SCOPE OF SERVICES (Cont.) D. Traffic signing, striping and stage construction plans will be prepared. The stage construction plan will show how existing traffic will be handled on Waterman Avenue during falsework erection and during street construction to minimize impacts. Task 4 - Final Design Final design and contract plan preparation will be undertaken upon approval of the concept and geometric studies, the conceptual bridge plan; and traffic plans undertaken in the preliminary design phase. Contract plans and specifications will be prepared in accordance with the Caltrans Highway Design Manual and Standard Specifications. City standards and Flood Control standards and requirements will be incorporated, as appropriate. A. o c The final roadway design and pavement rehabil itation includes widening of Waterman Avenue to three (3) traveled lanes in each direction, median. island mod Hi cat ions and roadway pavement rehabil i tat i on or reconstruction. The roadway design will include the hori.zontal and vertical control, street geom~tric design, drainage facU ities and related roadway facH ities including adjustment to valve boxes and manholes. . The design effort will include the following: 1. Finalize the geometric design. 2. Establish necessary drainage facilities. 3. Complete preparation of the contract Plans. 4. Develop and finalize the street cross-sections. B. Final designs will be developed for traffic control in accordance with the Caltrans Traffic Manual. Design effort will include the following work elements: 1. Traffic handl ing plans to provide for traffic flow on Waterman Avenue during construction. 2. Final signing and striping plans for Waterman Avenue. Existing signs, to be relocated or removed, will be identified. 3. Traffic signal plans will be prepared for the relocation or replacement of signal standards, lights and arms, detection and interconnect ion equi pment. Contract Pl ans wi 11 provide for new controllers, if necessary. c o c o o EXHIBIT 1 SCOPE OF SERVICES (Cont.) C. Final design will be developed for the bridge widening and channel lining replacement, if required, and will conform to Caltrans and Flood Control design requirements. The final design will incorporate agency review comments from the prel imi nary design phase. Structural calculations will be prepared. An analysis will be made to match deflections between the existing and proposed structure. D. Notices and copies of final plans win be submitted to affected utilities to identify the magnitude of required relocations and to schedule further coordination requirements. E. Construction drawings based on the final design efforts will result in the following summary of plan sheets. The precise number, titles, and content of sheets may vary slightly due to unforeseen conditions identified in the design process. Title sheet Standard Plans list Typical Cross-Sections Plan & Profile Sheets Contour Grading Plan Miscellaneous Details Stage Construction Plans Pavement Delineation & Signing Plans Signal Plans Structure Plans 1 1 1 6 1 1 3 4 ~ , 3. ESTIMATED SHEET TOTAL 29 I. o o o EXHIBIT 1 SCOPE OF SERVICES (Cont.) J. The final Plans, four (4) copies of the final Specifications document, and Cost Estimate, will be submitted to the City, Flood Control, and Caltrans. K. Revisions will. be made to the Plans, Specifications and Cost Estimate, within the approved concept, until final approval is obtained from the City, Flood Control, and Caltrans. L. Notices and approved project plans will be submitted to affected utility agencies prior to project bidding. The notice will request immediate relocation or relocation/coordination compatibility with the construction schedule, as necessary. M. Contact will be maintained with Caltrans and Flood Control, as necessary, to assist the City in expediting the review and approval process for the construction bidding. N. Final Plans, Specifications the City for advertising. items listed below: and related documents will be submitted to Final document submittal will include tht o 1. 2. 3. 4. 5. All geometric and structural calculations. A final itemized construction cost estimate and all back-up and supporting materials. Work copies of all profiles and cross-sections; Hydrology/hydraulic design calculations. All design correspondence and correspondence. with utilities and other affected agencies. Task 5 - Easement Acquisition A. Property Ownerships will be shown on the plan and profile sheets based on. information available from the City and County of San Bernardino records. Properties affected by the construction will be determined and included as necessary. B. Legal descriptions and property sketches, for slope, drainage, util ity and for construction easement areas, if required for the project, will be prepared for execution by the City. C. Engineering consultation will be provided to the City during the easement acquisition process, as necessary. o J c o o EXHIBIT 1 SCOPE OF SERVICES (Cont.) Task 6 - Coordination and Permits 1. CITY STAFF. MEETINGS. Bi-weekly meetings will be held to review project status, task completion, concerns and upcoming deadlines. Special topic meetings will be held, as necessary, to review and discuss special issues on an as needed basis. 2. CALTRANS. Contact will be made with staff at key milestones to determine design and plan requirements. Preliminary and final plans and specifications will be submitted for comment and approval. 3. FLOOD CONTROL. Contact will be made with staff to determine design and plan requirements related to the Town Creek. Channel and lining modifications, storm drain access and for the bridge widening. 4. o c UTILITY NOTIFICATIONS. Utilities will be informed of the project and potential conflicts and impacts on their facilities. Four utility notices will serve to advise them of the project, identify conflicts~ handle coordination requirements and to keep them informed of project schedules and facility requirements. Prior to project bidding, notices and approved project plans will be transmitted to all affected agencies requesting immediate relocation, installation or coordination compatibility with the proposed construction schedule. S. TOWN CREEK PERMIT. A storm drain access and channel modification permit will be prepared for submission to Flood Control. The. permit is required for the bridge widening and for storm drain connection requirements. 6. ENVIRONMENTAL NEGATIVE DECLARATION. The environmental review will serve to identify potential environmental liabilities and. to recommend measures for mitigating adverse impacts. A request for a FONSI will be prepared and sent to the City for further processing. 7. DESIGN DEVELOPMENT MEETING. A meeting will be held for all interested parties to provide input to the project prior to the preparation of the preliminary plans. The meeting will be focused on specifics related to design and access issues. PROJECT STATUS MEETING. An informal meeting will be he)d to provide property owners and interested parties wUh the opportunUy to review the project plans. The meeting will be held on a mutually acceptable date near the time of completion of the final design when the proposed improvements are well defined. 8. o o o EXHIBIT 1 SCOPE OF SERVICES (Cont.) The Scope of Services listed above is based on the following assumptions: 2. 3. 4. 5. 6. 0 7. c 1. The City will provide reproducible copies of all available mapping, reports, studies, aerial photos, plans and other documents in its files which may assist in the preparation of the various reports and plans. Attendance at a bridge-type selection review meeting, in Sacramento, will not be required. New or additional right-of-way and property acquisitions will not be required. Flood Control will process the permit for Corps of Engineers approval. Environmental findings and conclusions will be suitable for inclusion as a part of a request for a finding of no significant impacts. {FONSI). The preparation and processing of environmental assessments and documentation will be handled by the City. All work will be completed prior to January 31, 1990. o o o EXHIBIT 2 SCHEDULE OF COMPLUIOH ~TES Task 1 ~OatlAss..1I1Y will be completed within 60calendal; days after Notice to Proceed. Task Z - ,Oesigll< C"t~rh Report will be completed within 21 calendar days after completion of the Task 1 - Data Assembly submittals. , Task 3 ~'i'PNlU.inary Designs will be completed within 66 calendar days after submittal of the Design Criteria Report. Task 4 - Final Design will be completed within 92 calendar days after submittaleftlte 'Eask ,3 .Ilnel iminary Design Reports. Task 5 - Easement Acquisition will be carried out coincidentally, on an as needed 'basts, with the other items of work. : <:) Task 6 - Coordination and Permits will be carried out coincidentally with the other items of wrk. . Based on timely reviews by all parties ,a tentative schedule will be as follows: Notice to Proceed and Audit ---------- March 21, 1989 Task 1 completion -------------------- May 20, 1989. Task 2 completion -------------------- June 10, 1989. Agency Review completion ------------ June 21, 1989 Task 3 completion -------------------- August 29, 1989. Agency Review completion ------------ September 12, 1989. Task 4 completion -------------------- December 13, 1989.' Agency Review completion ------------ January 13, 1990. <:) c o o ....d. o EXHIBIT 3 ENGJNEERING SERVICE FEES Task 1 - Data Asselbly Task 2 - Design Criteria Report Task 3 - Preli.inary Design Task 4 - Final Design Task 5 - Easelent Acquisition Task 6 - Coordination and Per.its GRAND TOTAL: o $ 19,412.00 $ 4,263.00 $ 11,789.00 $ 65,663.00 $ 3,072.00 $ 7,029.00 ----------- $111,228.00 : o o o o o EXHIBIT 4 WATERMAN AVENUE STREET WIDENING Task 1 - Data Assembly COST PRICE PROPOSAL !imlM BAll DIRECT LABOR Principal Managing Engineer Project Engineer Transportation Engineer Registered Engineer Designer Draftsperson Junior Engineer Word processor Survey, 3-man crew o 6 2 2 o 6 o 12 3 32 $ 47.00 32.00 27.00 23.00 20.00 17.00 14.50 11.00 12.00 55.70 TOTAL DIRECT LABOR: lNDIRECT COSTS (Overhead) Overhead Rate: 14B.53% DIRECT COSTS (Except Labor) A. Automobile Travel B. Reproduction Expenses C. Communications D. CClIIlputer Expense E. Outside Consultants: 1. Converse Consultants 2. Inland Aerial Surveys 3. Traffic Counts, Inc. F. Other (Insurance, Surcharge, Finance charges, and Processing) TOTAL DIRECT COSTS: FEE (profit) TOTAL COST TASK 1: $ 15.00 $ 20.00 $ 20.00 $ - 0 - $ 6,500.00 $ 3,500.00 $ 1,000.00 $ 1,656.48 TOTAL $ -0- 192.00 54.00 46.00 -0- 102.00 -0- 132.00 36.00 1,782.40 $2,344.40 , $3,482.14 $12,711.48 $ 873.98 $19,412.00 o o c o o EXHIBIT 4 WATERMAN AVENUE STREET WIDENING Task 2 - Desion Criteria ReDort COST PRICE PRO~OSAL HQllM Bm DIRECT LABOR Principal Managing Engineer Project Engineer Registered Engineer Designer Draftsperson Wordprocessor I 12 24 2 16 4 4 $ 47.00 32.00 27.00 20.00 17.00 14.50 12.00 mAL $ 47.00 348.00 648.00 -0- 272.00 58.00 48.00 TOTAL DIRECT LABOR: $ 1,457.00 --------- INDIRECT COSTS (Overhead) Overhead Rate: 148.53' ~IRECT COSTS (Except Labor) A. Automobile Travel B. Reproduction Expenses C. COIIlIIIWlications D. COIIputer Expense F. Other (Insurance, Surcharge, Finance charges, and Processing) TOTAL DIRECT COSTS: FEE (prOfit) TOTAL COST TASK 2 $ 15.00 $ 50.00 $ 10.00 $ 10.00 $ 13.76 $ 2,164.08 , $ 98.00 $ 543.16 .----------- $ 4,263.00 o o o 1m o o EXHIBIT 4 WATERMAN AVENUE STREET WIDENING "IRECT LABOR Principal Managing Engineer Project Engineer Transportation-Engineer Registered Engineer Designer Draftsperson Word processor INDIRECT COSTS (Overhead) Overhead Rate: 148;53% Task 3 - Preliminary Destgn DETAILm COST ~ BAll mAL 1 $ 47.00 $ 47.00 22 32.00 704.00 32 27.00 864.00 16 23.00 368.00 0 20.00 -0- 72 17.00 1,224.00 52 14.50 754.00 5 12.00 60.00 --------- TOTAL DIRECT lABOR: $4,021.00 , $5.972.39 DIRECT COSTS (Except Labor) A. Automobile Travel B. Reproduct i on Expenses C. COIIIIIUnications D. Computer Expense F. Other (Insurance, Surcharge, Finance charges, and Processing) $ 30.00 $100.00 $ 30.00 $100.00 $ 36.60 ------------ TOTAL DIRECT COSTS: FEE (prOfit) TOTAL COST TASK 3: $ 296.60 $ 1.499.01 ---------- $11.789.00 o o o - o DIRECT LABOR Principal Kanaging Engineer Project Engineer .TransportaUon Engineer Registered Engineer Designer Draftsperson WOrd Processor Junior Engineer INDIRECT COSTS (Overhead) Overhead Rate: 148.5~ o EXHIBIT 4 WATERMAN AVENUE STREET WIDENING Tisk 4 - Final Desian DETAILED COST HmIBl 8m rnm 24 $ 47.00 $1,128.00 176 32.00 5,632.00 80 27.00 2,160.00 40 23.00 920.00 8 20.00 160.00 180 17.00 3,060.00 600 14.50 8,700.00 32 12.00 384.00 40 11.00 440.00 ---------- TOTAL DIRECT LABOR: $22,584.00 : $33,544.02 DIRECT COSTS (Except Labor) A. Automobile Travel B. Reproduction Expenses C. Communications D. COIIlputer Expense F. Other (Insurance, Surcharge, . Finance charges, and Processing) $ 60.00 $775.00 $ 60.00 $ 75.00 $145.78 TOTAL DIRECT COSTS: FEE (profit) TOTAL COST TASK 4: $ 1,115.78 $ 8,419.20 ---.----...---- $65,633.00 o o o EXHIBIT 4 WATERMAN AVENUE STREET WIDENING Task 5 - Easement ACQuisition DETAllED COST DIRECT LABOR Principal Managing Engineer Project Engineer Registered Engineer Designer Draftsperson Word Processor ~ 8m mAl. -0- $ 47.00 $ -0- 13 32.00 4Ui.00 -0- 27.00 -0- 2 20.00 40.00 22 17.00 374.00 8 14.50 116.00 8 12.00 96.00 --------.- TOTAL DIRECT LABOR: $1.042.00 INDIRECT COSTS (Overhead} Overhead Rate: 148.53' $1,547.68 ! c:> DIRECT COSTS (Except labor) A. Automobile Travel B. Reproduction Expenses C. Communications D. Computer Expense F. Other (Insurance, Surcharge, Finance charges, and Processing) $ 10.00 $ 15.00 $ 10.00 $ 50.00 $ 8.87 TOTAL DIRECT COSTS: FEE (profit) TOTAL COST TASK 5: $ 93.87 $ 388.45 $ 3,072.00 o o o c EXHIBIT 4 WATERMAN AVENUE STREET WIDENING risk 6 - Coordjnation and Penltts DETAIL~ COST DIRECT LABOR Hm!M 8m IiIAL P1'incipal 3 $ 47.00 $ 141.00 Managing En?ineer 48 32.00 1,536.00 Project Eng neer 8 27.00 216.00 Transportation Engineer 8 23.00 184.00 Designer 8 17.00 136.00 Draftsperson 6 14.50 87.00 Word Processor 7 12.00 84.00 ------..-- TOTAL DIRECT LABOR: $2,384.00 INDIRECT COSTS (Overhead) OVerhead Rate: 148.53% $3,540.96 ~ c:> QIRECT COSTS (Except Labor) A. AutODDbile Travel B. Reproduction Expenses C. COImUnications D. Computer Expense F. other (Insurance, Surcharge, Finance charges, and Processing) $ 40.00 $120.00 $ 25.00 $ -0- $ 30.30 TOTAL DIRECT COSTS: FEE (profit) TOTAL COST TASK 6: $ 215.30 $ 888.74 $ 7,029.00 o o o o o EXHIBITS ltOURL Y RATE SCHEDULE $47.00 32.00 27.00 23.00 20.00 18.00 17.50 19.00 17.00 18.00 16.75 14.50 11.00 12.00 8.00 16.00 23.70 Principal Managing Engineer Proj~tEngi,,"r Tran$~rtatjon Engineer Regi$terJd Engineer Engineer Level II Engineer Level I Senior Designer Designer CAD Operator Designer/Drafts~$on Draftspe.rson Junior Engineer Wordprocessor Technician * Survey Chainman * Survey Party Chief * RATES ARE EFFECTIVE TO AUGUST 1. 1989. o ! o o c EXHIBIT 6 Payroll Taxes BREAKDOWN OF INDIRECT COSTS (Overhead) 14.0% Vacation,. Holidays and Sick Leave e.ployee Insurance ESOP 1 T Depreciation Expenses Administration and Time, not-assignable 19.0% 8.0% 10.0% 3.6% 5.6% 16.1% 11.1% 6.2% 2.0% 2.4% 0.2% 3.5% 0.6% 0.03% 1.5% 5.5% 39.2% ------ TOTAL: 148.53% ! , Professional Services Telephone 1 Telegraph, not-assignable Occupancy Printing, Stationary, and Supplies c:> Business Insurance Meetings, Conferences Personnel Training Travel, not-assignable Library Proposal Cost Business Taxes c c o c o o EXHIBIT 7 19B9 HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE . $125.00 $100.00 $ 90.00 $ 80.00 $ 75.00 $ 75.00 $ 65.00 $ 72.00 $ 66.00 $ 60.00 $ 55.00 $ 64.00 $ 52.00 $ 50.00 $ 48.00 $ 48.00 $ 65.00 $ 36.00 $ 35.00 $ 25.00 $125.00 $ 60.00 $ 30.00 : 'Senior Principal .......... Principal in Charge of Project . . . Managing Engineer/Project Manager . . Project Engineer/Project Coordinator. Traffic Engineer. . . . . . Transportation Engineer . . SurveY Coordinator . . . . Senior Registered Engineer. Registered Engineer Engineer Level II . . Engineer Level I. . . Senior Designer . . . Designer . . . . . . Designer/Draftsperson Construction Inspector Draftsperson ..... CAD Operator . . . . . . . . . . . . Junior Engineer/Designer/Draftsperson Wordprocessor . . . . . . . . . . . Technician ......... . . . . Two-HanSurvey Party . . . . . . . . Survey Travel Time . . . . .. . . . Survey Vehicle Allowance (per day) ..... Three-Han Survey Party Rates Quoted on Request Reproduction, special photography, printing and any other services performed l>y subcontractor, subject to prior approval by the Client, will be billed at cost plus 15'. Reimbursable In-house Costs: Photo Copies . . . . . . .. ...... 81 uepri nts . . . . . . . . . . . . . . . PQshge, Delivery Service, Express Hail Out of Area Telephone Calls . . . . . . ComputerTime . . . . . . . . . . . . . $0.20/Each $0.30/sq.ft. At Cost At Cost $20.00/hollr Vehicle mi'leage, between engineer's office and project site and/or Cl ient offices, will be billed at $0.30 per mile. Court Appearance, Expert Witness Testimony, Depositions, and Preparation of Testimony. $150.00* *Minimum $600.00 for half day plus expenses NOTE: All rates are effective through January I, 1990, except survey rates which are effective to August 1, 1989. c o o o o CERTIFICATION OF LOCAL AGENCY I HEREBY CERTIFY that I am the and duly authorized representative of the Local Agency of City of San Bernardino, and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) employ or retain, or agree to employ or retain, any firm or person; or (b) pay, or agree to pay, to any firm, organization or person any fee, contribution, donation or consideration of any kind for; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the State Department of Transportation in connection with this Agreement involving participation of Federal Aid Highway Funds," and is subject to applicable State and Federal laws, both criminal and civil. (Date) (Signature) o c except as here expressly stated (if any): o , o I acknowledge that this certificate is to be furnished to the State Department of Transportation in connection with this Agreement involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal Laws, both criminal and civil. (Date) c (Signature) c c c o o TIT~E 49, CODE OF FEDERAL REGULATIONS. PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The prime Consultant and sub-Consultant under penalty of perjury, certifies that, except as noted below, he/she or any person associated therew;th in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibil ity by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exception~ in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining Consultant responsibil ity. For any except ion noted above, indicate below to. whom ;t applies, initiating agency, and dates of action. Note: Providing false information may result in criminal. prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall constitute signature of this Certification. (Signature of Consultant(s)